Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2009 FBO #2916
SOLICITATION NOTICE

C -- Engineer-Architect Services

Notice Date
11/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2010-N-11541
 
Point of Contact
B A Blackledge, Phone: 7704882657, B A Blackledge, Phone: 7704882657
 
E-Mail Address
beb1@cdc.gov, beb1@cdc.gov
(beb1@cdc.gov, beb1@cdc.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Engineer-Architect services are required for an indefinite-delivery indefinite-quantity (IDIQ) contract for multi-disciplined design projects at the Centers for Disease Control and Prevention (CDC), Atlanta, Georgia. This is a competitive requirement set-aside for certified 8(a) business firms serviced by the SBA District Office, Atlanta, Georgia. Projects may occur at all CDC locations (except Morgantown and Pittsburgh), although the predominate number of projects will occur in the Atlanta, Georgia metropolitan area. Scope of work will include architectural, security, laboratory, interior design, structural, mechanical, electrical, plumbing, fire protection, cost estimating, and civil disciplines to perform design and construction document production, cost estimates, studies, investigations and evaluations, construction phase services, and other related general design services. Project and building types may include renovations, additions and new construction. Each project typically would have a construction budget of less than $1,000,000, but is not limited by the amount. Design experience should include phased renovations, laboratories, offices, and other supporting facilities, with emphasis on construction document production. All members of the E-A team are required to have the ability to produce all documents on AutoCAD Release 2008 Format of the design and master facility database drawings utilizing the CDC standard layers. The prime firm's principal expertise shall be ENGINEERING (NAICS 541330). Firms will be evaluated based on the following criteria and associated weight factors: (1) Firm's past performance in the production of contract documents. Minimum responses shall include, but not be limited to, the following: a. Past performance on similar contracts with Government agencies and private industry. Past performance may be demonstrated by providing error and omissions change orders, statements from clients relating specifically to the preparation of contract documents, and other criteria demonstrating past performance, team experience, and technical competence in the preparation of contract documents for each specific project presented. Additionally, each offeror shall provide a client contact name, current telephone number, and project name of three projects demonstrating proficiency in the production of contract documents. List team members and consultant team members presented for this proposal and their past experiences, responsibilities, and project title, with prime firm in the preparation of contract documents for each specific project presented. Weight: 30%. (2) Firm's past performance on similar projects. Emphasis should be on laboratory, office renovation, facility life safety and fire protection, and security engineering experience. Minimum responses shall include, but not be limited to, the following: a. Past performance on similar contracts with Government agencies maintaining project schedule and project budget. b. Past performance on similar contracts with private industry maintaining project schedule and project budget. c. Demonstration of user satisfaction with quality of work. d. Demonstration of successful techniques in phased renovation projects occupied during renovation. Weight: 30%. (3) Qualifications of Project Manager and Discipline Leaders. Minimum responses shall include, but not be limited to, the following: a. Professional experience, designating responsibility and title of person for each specific project listed. b. Past shared project design experience of prime team and team consultants. c. Demonstration of abilities to manage similar contracts, especially laboratory and office, utilizing phased renovation projects occupied during renovation. d. Demonstration of experience in the preparation of contract documents as a Project Manager or Discipline Leader. Demonstration of this experience may be expressed by providing error and omissions change orders, statements from clients relating specifically to the preparation of contract documents, and other criteria demonstrating past performance, team experience, and technical competence in the preparation of contract documents for each specific project presented. Additionally, each offeror shall provide a client contact name, current telephone number, and project name of three projects demonstrating the Project Manager's or Discipline Leader's qualifications in the preparation of contract documents. Weight: 25%. (4) Organization of proposed team. Minimum responses shall include, but not be limited to, the following: a. Organizational structure and demonstrated ability to organize and manage similar contracts. b. Management plan reflecting coordination of disciplines, quality control, and controls to maintain project schedules and construction costs. Weight: 15%. LOCATION: Only prime firms and their major consultants (architectural, security, interior design, structural, mechanical, electrical, plumbing, fire protection, cost estimating and civil) having established production office within a fifty-mile radius of the CDC Roybal Campus, 1600 Clifton Road, Atlanta, GA, will be considered for this procurement. The laboratory consultant is not included in the fifty-mile radius limitation. This will be an indefinite- quantity indefinite-delivery-type contract and is estimated for $1,000,000 in fees for a one-year period with four one-year option periods estimated at $1,000,000 each. Individual task orders will not be less than $1,000 and will not normally exceed $500,000. Engineer-Architect selection procedures will be used in accordance with Part 36 of the Federal Acquisition Regulations (FAR) and selection will be non-project specific. Firms desiring consideration are invited to submit a letter of interest along with five (5) copies each of SF 330, Parts I and II (Part II of the SF 330, Architect-Engineer Qualifications, must be provided for prime firm and each consultant firm). Section H of the SF 330 may include photographic and/or technical materials not-to-exceed 20 pages as technical support. All SF 330s, Part II, must be current reflecting a date not more than one year from the date of this announcement. Responses are due by 2:00 p.m. (local time) on December 18, 2009. Submittals received after this date and time are late and will not be considered. This is not a request for proposal. Site visits will not be arranged during the submittal period. NAIC 541330.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2010-N-11541/listing.html)
 
Place of Performance
Address: 2920 Brandywine Road, Atlanta, Georgia, 30341, United States
Zip Code: 30341
 
Record
SN02004239-W 20091118/091116234726-4e4b3c8c223b5d0bc41f18d20234a462 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.